Solicitation US Army Operational Evaluation Command, Base Test Support Services Follow-on
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, Operational Evaluation Command (OEC) is soliciting proposals for Base Test Support Services (BTSS) Follow-on. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract will feature Cost Plus Fixed-Fee (CPFF) for labor services, a Firm Fixed-Price (FFP) CLIN for a one-month phase-in, and cost-reimbursable CLINs for Other Direct Costs (ODCs)/Travel and Contractor Acquired Property (CAP). Proposals are due April 8, 2026, at 4:30 PM EDT.
Scope of Work
The contractor will provide non-personal services to support OEC's mission of planning, conducting, and reporting on independent operational tests, experiments, and assessments of Army materiel and information mission area systems. Key services include:
- Data Management: Document preparation, data collection, database development/entry, reporting, and off-the-shelf instrumentation support.
- Logistics Support: Preparation and maintenance of test sites and supplies, maintenance, dispatch, recovery, and operation of test support vehicles and equipment, and supply actions for operational test events.
- Base Operations: Management, administration, supervision, IT, environmental, vehicle/equipment maintenance, motor pool functions, and supply warehouse functions. Services will be performed primarily at Fort Hood, TX; Fort Bragg, NC (ABNSOTD); and Fort Bliss, TX, with potential for additional CONUS/OCONUS locations as identified in Task Orders.
Contract Details
- Contract Type: IDIQ, CPFF (labor), FFP (phase-in), Cost-Reimbursable (ODCs/Travel/CAP).
- Period of Performance: A one-month phase-in (Sep 1 - Sep 30, 2026) followed by a 4-year, 11-month base period (Oct 1, 2026 - Aug 31, 2031), with a total five-year ordering period and a potential six-month extension.
- Contract Value: Minimum $10,000 / Maximum $77,000,000.
- Task Order Value: Minimum $500 / Maximum $77,000,000.
Key Requirements & Clarifications
- Security: Requires a Top Secret facility clearance. Key personnel (Program Manager, Logistics Manager, Security Manager) must hold Top Secret clearances. Other personnel require varying clearances (Secret, Tier 3, Tier 1).
- CMMC: Offerors must ensure compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 requirements prior to award.
- Reporting: Extensive reporting is required, including monthly progress and financial reports, property administration, maintenance actions, and staffing details. The Electronic Cost Reporting and Financial Tracking (eCRAFT) Enterprise Tool (E2) must be used for cost-type CLINs.
- Joint Venture (JV) Past Performance: For JVs with an SDVOSB managing partner, a minimum of two past performance contracts from the SDVOSB managing partner are required.
- Subcontractor Past Performance: Past Performance Questionnaires (PPQs) must be completed by Government personnel only. PPQs from non-Government personnel will not be considered.
- Indirect Rate Caps: If an offeror proposes rates lower than their supported rates, those proposed lower rates will be capped for the duration of the contract without annual reconciliation.
Submission & Evaluation
Proposals must be submitted SOLELY through the Procurement Integrated Enterprise Environment (PIEE) suite by April 8, 2026, at 4:30 PM EDT. The award will be made on a "best value" basis.
- Evaluation Factors: Technical/Mission Capability and Past Performance are significantly more important than Cost/Price.
- Technical/Mission Capability: Evaluated on Technical Approach, Management and Execution Approach, and Sample Test/Task Order Proposal. An "Acceptable" or better rating in all subfactors is required for eligibility.
- Past Performance: Evaluated for recency, relevancy, and quality, utilizing submitted PPQs.
- Cost/Price: Evaluated for reasonableness, realism, balance, and completeness.
Points of Contact
- Primary: Avangela Ligons-Sutton (avangela.y.ligons-sutton.civ@army.mil)
- Secondary: Ingrid Smith (ingrid.v.smith.civ@army.mil)